Agenda Item #3 H-l/ PALM BEACH COUNTY AGENDA ITEM …

28
Agenda Item #3 H- l/ PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: June 4, 2019 [X] Consent [ ] Regular [ ] Workshop [ ] Public Hearing Department: Facilities Development and Operations I. EXECUTIVE BRIEF Motion and Title: Staff recommends motion to approve: Work Order No. 19-013 to the contract with Precision Air Systems, Inc. (Precision Air) (R2015-0049) in the amount of $219,040 for the replacement of air handler unit #SN at the Government Center Complex (GCC) for the period of 120 days from permit issuance or until project is complete. Summary: The work consists of the replacement of one (1) air handler unit and electronic controls at the Palm Beach County Governmental Center Complex. The existing equipment is more than twenty (20) years old, requires frequent repairs and is increasingly difficult to ensure continued operation. The new equipment will be of the latest technology, will increase the overall building energy efficiency and will reduce long term operational and maintenance cost. This Work Order under the Heating, Ventilation, and Air Conditioning (HVAC) Annual Contract was solicited pursuant to the requirements of the Office of Equal Business Opportunity (OEBO). This work was competitively bid among all contractors holding annual contracts with Precision Air Systems Inc. submitting the lowest responsive bid. Precision Air Systems, Inc. is not a S/W/MBE but is a Palm Beach County business. The annual contract was presented to the Goal Setting Committee on January 2, 2019 and a SBE Price Preference API was applied to all bids. The bidder achieved 0% SBE participation and there are no subcontractors. The second low bidder also had 0% SBE participation, and the only other bidder submitted a bid that was greater than 10% of the low bid. The funding source for this work is from the Public Building Improvement Fund. The total construction duration is 120 days. (Capital Improvements Division) District 7 (LDC) Background and Justification: Bids for this project were opened on March 7, 2019. The lowest bidder (Precision Air Systems, Inc.) had 0% SBE participation. The second low bidder also had 0% SBE participation, and the only other bidder submitted a bid that was greater than 10% of the low bid. Therefore, the award is recommended to be assigned to Precision Air Systems, Inc. Attachments: 1. Location Map 2. Budget Availability Statement 3. Bid Summary 4. Work Order No. 19-013 Recommended ___ f_:._ _____ __ _ Department Director Date ' Approved by: ______ /J ..,_ JA_ A-- .111: /

Transcript of Agenda Item #3 H-l/ PALM BEACH COUNTY AGENDA ITEM …

Page 1: Agenda Item #3 H-l/ PALM BEACH COUNTY AGENDA ITEM …

Agenda Item #3 H- l/ PALM BEACH COUNTY

BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY

Meeting Date: June 4, 2019 [X] Consent [ ] Regular [ ] Workshop [ ] Public Hearing

Department: Facilities Development and Operations

I. EXECUTIVE BRIEF

Motion and Title: Staff recommends motion to approve: Work Order No. 19-013 to the contract with Precision Air Systems, Inc. (Precision Air) (R2015-0049) in the amount of $219 ,040 for the replacement of air handler unit #SN at the Government Center Complex ( GCC) for the period of 120 days from permit issuance or until project is complete.

Summary: The work consists of the replacement of one (1) air handler unit and electronic controls at the Palm Beach County Governmental Center Complex. The existing equipment is more than twenty (20) years old, requires frequent repairs and is increasingly difficult to ensure continued operation. The new equipment will be of the latest technology, will increase the overall building energy efficiency and will reduce long term operational and maintenance cost. This Work Order under the Heating, Ventilation, and Air Conditioning (HV AC) Annual Contract was solicited pursuant to the requirements of the Office of Equal Business Opportunity (OEBO). This work was competitively bid among all contractors holding annual contracts with Precision Air Systems Inc. submitting the lowest responsive bid. Precision Air Systems, Inc. is not a S/W /MBE but is a Palm Beach County business. The annual contract was presented to the Goal Setting Committee on January 2, 2019 and a SBE Price Preference API was applied to all bids. The bidder achieved 0% SBE participation and there are no subcontractors. The second low bidder also had 0% SBE participation, and the only other bidder submitted a bid that was greater than 10% of the low bid. The funding source for this work is from the Public Building Improvement Fund. The total construction duration is 120 days.

(Capital Improvements Division) District 7 (LDC)

Background and Justification: Bids for this project were opened on March 7, 2019. The lowest bidder (Precision Air Systems, Inc.) had 0% SBE participation. The second low bidder also had 0% SBE participation, and the only other bidder submitted a bid that was greater than 10% of the low bid. Therefore, the award is recommended to be assigned to Precision Air Systems, Inc.

Attachments:

1. Location Map 2. Budget Availability Statement 3. Bid Summary 4. Work Order No. 19-013

Recommended b~_.;;:::ii,._ ___ f\-..:.1~.---~--+-vJ_, f_:._ _____ --=5~\~lo::..i\µlq-1.....,_ __ _ Department Director Date '

Approved by: ______ ~/.;:;;._ /J JJn_~, ..,_ JA_ A--·-----~---::;;a!-~t~.:...:e :.=:~~(!Lr-t-OJ+---.111: /

Page 2: Agenda Item #3 H-l/ PALM BEACH COUNTY AGENDA ITEM …

II. FISCAL IMP ACT ANALYSIS

A. Five Year Summary of Fiscal Impact:

Fiscal Years 2019 2020 2021 2022 2023 Capital Expenditures $240,944

Operating Costs External Revenues Program Income (County) In-Kind Match (County)

NET FISCAL IMP ACT $240,944

# ADDITIONAL FTE POSITIONS (Cumulative)

Is Item Included in Current Budget? Yes __ x __ No __ _

Does this item include use of federal funds? Yes No x

Budget Account No: Fund 3804 Dept 411 Unit B537 Object 4907

B. Recommended Sources of Funds/Summary of Fiscal Impact:

Funding for this project will be from the Public Building Improvement Fund.

Construction Costs $ 219,040.00 Contingency $ 21, 904. 00 Total $ 240,944.00

C. Departmental Fiscal Review:~/~ III. REVIEW COMMENTS:

A. OFMB Fiscal and/or Contract Development and Control Comments:

~~ ~\3

B.

C. Other Department Review:

Department Director

This summary is not to be used as a basis for payment.

Page 3: Agenda Item #3 H-l/ PALM BEACH COUNTY AGENDA ITEM …

LOCATION MAP

Project No: Project Name: Governmental Center

Attachment 1

Page 4: Agenda Item #3 H-l/ PALM BEACH COUNTY AGENDA ITEM …

fl6PX!ET AVAILABILITY STATEMENT REQUEST DATE: 3/14/19 ~~STED BY: Altwon Webster PHONB: 233-0292

PROJECT 1TILE; -~AHO.~ .rer1acement (Same as CIP or IST, if applicable)

ORIGINAL CONTRACT AMOUNT: S

REQUESTED AMOUNT: $219,040.00

CSA or CHANGE ORDBR NUMBER:

LOCATION: 301 N. Olive Ave., West Palm Beach

BURDJNG NUMBER.; 20

DESCRIPTION OF WORK/SER.VICE LOCATION~ Govemment Center

PROJECTA\Z;Q. NUMBER: 18S80A

CONSULTANT/CONTRACTOR: Precision Air Systems, Inc.

IST PLANNING NO.:

BCC RESOLUTION#:

DAIB:

(HVAC)

PROVIDE A BRIEF STATEMENT OF Tim SCOPE OF SERVICES TO BE PROVIDED BY THE CONSULTANT/CONTRACTOR:

Furnish all labor, material, supervision, permits and supplies necessary and reasonably incidental to remove existing air handler unit SN, any wall demo and replacement.

CONSlRUCTION $219,040.00 PROFESSIONAL SERVICES $ NA STAFF COSTS* $ NA EQUIP. / SUPPLIES $ NA CONTINGENCY S 21,904.00

TOTAL $240,944.00

•By signing tltis &4.Syour department agrees ta thae CID ataJf charges and J10fll" account will be charged upon receipt of this BAS by FD&O. Unless there is a change In the 8COpeofwork, no atldlllonal staff charges will be bUled. /fthis IJ.dS iaforco1l8tnlclion com of $250,000 or greater, staff chmges wHl be billed as actual and reconciled at the end of the project. ff the project requires Facilities Management or ESS atajfyour department will be billed actual hours worlr.ed upon project completion.

BUDGET ACCOUNT NUMBERJ 8) rsi~dfi' dlstrllndlon if more 'Illa one an4 ortla In wllkh [llnb are to be usetl1: FUND: DEPT: UNIT: OBI:

m~ FONDING SOURCE FOR EACH ACCOUNT: (clleekg provide detail for fill that apply) vM Valman (Amount$_ .... ) Infrastructure Sales Tax (Amount$ _ _ __ ) State (source/type: !\mount_!__) Federal (souroeltype: __ ~ _ -~ Am.oUJtt-$ __ _ Grant (source/type: Amount $ ) Impact Pees: (Amount $ ) Other (source/type: Amount $ )

\I[_. Department: (Ji ~M .._....;.__. O~Y BASAPPROVEDBY:

I ENCUMBRANCE NUMBER: ---

DATE

ATTACHMENT 2

Page 5: Agenda Item #3 H-l/ PALM BEACH COUNTY AGENDA ITEM …

BID SUMMARY Project Name: GCC AHU SN Replacement

Project No. 18580A

Bid Opening Date: Thursday, March 7, 2019

CONTRACTOR PRECISION AIR STOKES CEDAR ELECTRO SYSTEMS INC MECHANICAL MECHANICAL

BID $219,040.00 $266,591.00 $303,375.00

BID BOND REQUIRED ONLY IF ~ ~ ~ BID IS OVER $200K ADDENDUMs 1 - **

~ ~ ~ ACKNOWLEDGED ADDENDUMs2

~ ~ ~ ACKNOWLEDGED

ADDENOUMs3 ~ ~ ~ ACKNOWLEDGED

ADDENDUMs4 ~ ~ NONE ACKNOWLEDGED

ATTACHMENT 2 ~ ~ -'1 (OEBO SCHEDULE 1)

OEBO PARTICIPATION 2,% I $0.00 2,% I $0.01 83% I $251 1801.25 ATTACHMENT 2

~ -'1 -'1 (OEBO SCHEDULE 2)

Bid Documents opened by: D l Bids Documents recorded by: ~

Note: Tabulation is not official until checked and certified by Capital Improvements Division

ATTACHMENT 3

Page 6: Agenda Item #3 H-l/ PALM BEACH COUNTY AGENDA ITEM …

WORK ORDER 19-013 TO CONTRACT FOR ANNUALHVAC

FOR GCC AHU SN replacement

PROJECT NO. 18580A

THIS WORK ORDER is made as of by and between Palm Beach County, a political subdivision of the State of Florida, hereinafter referred to as "Owner", and Precision Air Systems, Inc., a Florida corporation, hereinafter referred to as "Contractor".

WHEREAS, the Owner and Contractor acknowledge and agree that the Contract between Owner and Contractor dated January 13, 2015 (R2015-0049) ("Contract") is in full force and effect and that this Work Order merely supplements said Contract:

NOW THEREFORE, in exchange for the mutual covenants and promises set forth herein and the sums of money agreed to be paid by the Owner to the Contractor, the parties agree as follows:

(1) TOTAL QUOTE AMOUNT

Pursuant to Section 6.3 of the Instructions to Bidders of the Annual Contract for HV AC between Owner and Contractor, the Contractor was the lowest, responsive, responsible Bidder in the amount of $219,040.00 for the construction costs of removing existing air handler unit SN, any wall demolition and replacement as set forth on Attachment "D" attached hereto and incorporated herein by reference.

(2) S~HEDULE OF TIME FOR COMPLETION

The time of completion for this Work Order will be as follows: The Contractor shall substantially complete the project within 120 calendar days of permit issuance.

(3) ATTACHMENTS: Bid Form Public Construction Bond Insurance Certificate(s)

( 4) Except as specially modified herein, the Contract remains in full force and effect. All capitalized terms herein shall have the same meaning as set forth in the Contract.

THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK

Page 7: Agenda Item #3 H-l/ PALM BEACH COUNTY AGENDA ITEM …

IN WITNESS WHEREOF, the Board of County Commissioners of Palm Beach County, Florida has made

and executed this Work Order on behalf of the COUNTY and CONTRACTOR has made and executed this

Work Order, the day and year written above.

ATTEST: SHARON R. BOCK, CLERK & COMPTROLLER

By: _____________ _ Deputy Clerk

APPROVED AS TO FORM AND LEGAL SUFFICIENCY

By:

WITNESS: FOR CONTRACTOR SIGNATURE

Name (type or print)

PALM BEACH COUNTY BOARD, FLORIDA Political Subdivision of the State of Florida BOARD OF COUNTY COMMISSIONERS

By: _____________ _ Mack Bernard, Mayor

APPROVED AS TO TERMS AND CONDITIONS

Title

(Corporate Seal)

Page 8: Agenda Item #3 H-l/ PALM BEACH COUNTY AGENDA ITEM …

'I

BID FORM

IN ORDER TO BE DEEMED RESPONSIVE TO THIS INVITATION TO QUOTE/BID, THE QUOTE/BID PACKAGE MUST CONTAIN: a) This Quote/Bid Form completed and executed. b) Schedules 1 and 2. c) Bid Security. (If the bid/quote is $200,000 or more).

THE FOLLOWING MUST BE COMPLETED AND SIGNED BY CONTRACTOR

1. TOTAL BID/QUOTE AMOUNT $ 219,040.00

Written amount Two hundred nineteen thousand forty dollars and zero cents

2. Bidder commits to achieving the APis applicable to this solicitation as designated on Attachment B and as sq.bmitted on its Schedules 1 and 2.

3. Is the Bidder a Palm Beach County Registered S/M/WBE? Yes __ No _x_ 4. Commercial Non-Discrimination Certification. The undersigned Bidder hereby certifies and agrees that the following information is correct: In preparing its response to this Solicitation, the Bidder has considered all proposals submitted from qua.lifie~ potential Subcontractors and suppliers, and has not engaged in "discrimination" as defined in the County's Commercial Nondiscrimination Policy as set forth in Resolution 2017-1770 as amended, to wit discrimination in the solicitation, selection or commercial treatment of any Subcontractor, vendor, supplier or commercial customer on the basis of race, color, national origin, religion, ancestry, sex, age, marital status, familial status, sexual orientation, gender identity or expression, disability, or genetic information, or on the ]?asis of any otherwise unlawful use of charact"""istics regarding the vendor's, suppliers or commercial customer's employees or own~rs; provided that nothing in this policy shall be construed to prohibit or limit otherw,jse lawful efforts :~o remedy the ~ffects of discrimination that have occurred or are occurring in the Count)r's relevant tnarketplace of Paini Beach CoUn.ty. ·withollt: limiting the foregoing, "discrimination" also includes retaliating against any person or other entity for · · reporting any incident of "d.iscrimination.11 Without limiting any other provision of the solicitation, it is understood and agreed that, if this certification is false, such false certificatioJ:I will constitute grounds for the County to reject the bid submitted by the Bidder for this Solicitation, and to terminate any contract awarded based on the response. As part of its bid, the Bidder shall provide to the County a list of all instances within the immediate past four (4) years where there has been a final adjudicated determination in a legal or administrative proceeding in the State of Florida that the Bidder discriminated against its Subcontractors, vendors, suppliers or commercial customers, and a description of the status or resolution of that· complaint, including any remedial action taken. As a condition of submitting a bid to the County, the Bidder agrees to comply with the County, s Commercial Nondiscrimination Policy as described in Resolution 2017-1770 as amended.

BID/QUOTE PROVIDED BY: -=-Pr;..,;e~c=is~io;:;..;;n;;;;...;A-=:;;ir;...;;S...._y...;;;.st;;;.;;e.;;;.-m=s ..... , =In .... c ___ • --------

ContniCtor ~ ,

~-= 31712019 Date

Rachael Long, Operations Manager Title

Bid/Quotes Must Contain Original Signatures. No Copies or Faxed Quotes Will Be Accepted

Form Effective Date 01/01119 Invitation for Quote - Non-federal

Page 9: Agenda Item #3 H-l/ PALM BEACH COUNTY AGENDA ITEM …

ATTACIIMENT C Include Attachment C if bid (or cumulative work orders) is $200,000 or more

. PROJECT NUMBER: 18580A

PROJECT NAME: GCC AH:U R}3PLA(.:EMENT #5.N.: DATE:: March 7, 2019

BID BOND.

STATE OF FLORIDA

COUNTY OF PALM BEACH

KNOW ALL MEN BY THESE PRESENTS: That we,._ Precision Air Systems, _l_nc. · ..........,.,.___,_..,..._ __ _..,,,..._....,.,._....,..__~-=-.,,,,.,,,...---------(hereinafter called 11Principal "), and _____ ....,, bitj Repyt.J.li.R,.§LJret}/' C9_mp?,py . .. .... . _ . . (hereinafter called "Surety") are held and firmly bound unto Palm Beach C~l.lnty, a P~iitical Subdl~i~io~ in the State o(Florida, by and through its Board of County Commissioners, {hereinafter called ucounty'') in the sum of at.least 5% ... of the .. bid.:t!rke, lawful money of the United States of America, for the p~yment of which sum wili and tTI:iiy·t~-be ~ad~, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firnily be these presents;

WHEREAS, the 11Principal11 contemplates submitting or has submitted a bid to the Board of County Commissioners, Palm Beach County, Florida, fot furnishing and paying for all necessary labor materials, equipment, machinery, tools, apparatus, services, all state workmen's compensation and unemployment compensation taxes incurred in the performance of the Contract, means of transportation for and complete Construction of: GCC ABU REPLACEMENT #SN, 18580A, in the County of Palm Beach, State of Florida; and

WHEREAS, it was a condition precedent to the submission of said bid that a certified check cashier's check, money order or bid bond in the amount of five percent ( 5%) of the base. bid be submitted with said bid as a guarantee that the bidder would, if given a Notification from Owner, enter into a written contract with the County, and furnish a public construction bond in an amount equal to one hundred (I 00%) of the total Contract, within fourteen (14) consecutive calendar days after the County issues the Notification from Owner.

NOW THEREFORE, THE CONDITIONS OF TIIlS OBLIGATION ARE SUCH that, if the bid of the "Principal" herein is accepted and said 11Principaln, within fourteen (14) consecutive calendar days after written_ notice being given of such acceptance, ( i) enter into a written contract with the County and (ii) furnishes a public construction contract bond in the amount equal to one hundred percent (100%) of the total contract amount and in a form satisfactory to the County, then this obligation shall be void. If the Principal fails to complete (i) and (ii) above, the sum herein stated shall be due and payable to the 11County'\ and the 11 Surety11 herein agrees to pay said sum immediately upon demand of the "County11, in good and lawful money of the United States of America, as liquidated damages for failure of said "Principal"~

Form Effective Date 01/01/19 Invitation for Quote - Non-federal

Page 10: Agenda Item #3 H-l/ PALM BEACH COUNTY AGENDA ITEM …

:r •

I'.N WITNESS WHEREOF, the said Precision Air Systems) Inc~ as "Principal" herein, has caused these presen_,,_t_s-to_b_e-si_,..gn_e-.d-m-. _,,i'--'.-ts_na_m-'-e-,-, -by-it-s-~ . ..,...E~YJ""""e-r~-ftAi\11 ............ -±_. __ '-""' ....... _ ~-"·-~---~__...-· ~~~~.....,..,.;,.,.~.,;;,;.,.··-._.;;;;_;·andattestedby-its ... vv\kV\th~ .. · .. '"-~;;;-u under the corporate seal, and the said Old Republic Surety Company _ . as ·· "Surety" herein, has caused these presents .. to. be si~ed iii. its. name, by its -~orney-in-Fact . _____ ,and attested by its corporate Seal, thi~ .·. 7th .... ,:day of.March , An., 20__,,1-=-9-

ATTEST:

Print Name

TITLE; VY f.+-.h-{, <; s

ATTEST:

Willj~m T. Yg.ung PrlntName

TITLE;. _ VVitn~~~

(SEAL)

Print Name:

(SEAL)

~···O~'~n+S-e~r~uh~l~ic~S~1~1re~~~C~n~m~p~an~v.~ .. --------~_..._----­(Surety Name)

']At u ~i /)_ . "' -By: JtWJ{FVL/JJ!11~ . . u· ..

. (S1gnature)Attomey-in-Fact

Print Name:Laura W. Dennison

Fonn Effective Date 01/01/19 Invitation for Quote- Non-federal

Page 11: Agenda Item #3 H-l/ PALM BEACH COUNTY AGENDA ITEM …

***.il * .· .. · 1lf . ·. . . . . ·. . .. · . . .· ·. ~~'OLD'REPUBLIC SURETY COMPANY······ * * * jif-"fif

KNOW ~LMEN BY THE.SKP~sENt.s:- That OLD REPUBLIC-$uaETy CQMP AINy, a Wisconsin stook fuSlirance ~-o~!iol}i; d~e$j~¢; c~nstitute aml _ aP,POint:

{;.CRISS WJLUAMS, JR., LAURA W. DEiNNISQN;QF CQ""µMBIA; SC ,. -·,. ·. ' - ' - ' - - . ' _: ; -_ . :_· . . - . -._

. Jt~·~ and· l~wMAttom~y(s )-in-Fact, w~ full p6wer·and aufb.Qrlfy, ·nQtetceeding $50,00Q~OOO, fo~ ~~ ~ji be~lf of th.e:~WPfmlY as s~ety ;:tq,'~~ecute.~:-~~et:: and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature·tber~f. (other than bail bonds, b~:4epo~torY ~<m.~:J!l.ortgag;e d@R~Y bonds, mo,~~e ~o/·b!lt,l~ ~tee.s ~f illStallment ~P.~ aiu.J,.note ~!>'ban~; ·s~~.,~Qe work~.· compensafion·-l>ofi~~~puig p~rnientof beneiits, asbestQ~ ~pa;tementcon~et·tmtUi&j wa,st~.management bQbds, ~d9µs::w;aste rem¢Citiatto~ b.fuld& or bl!l~k l~g b~nds ), as··futlhwsi · · · · · · · · · · · · · · · · · ··

ALL wR11:TEN lNSTRbM:ENT.s IN AN AMoiJm. Nbx to :eXciiEo - . . . '

FIVE MILLION DOLLARS($5,000,000)-----..:------------ FOR ANY SINGLE OBLIGATION.

·. tµid to. hmd·OLDJUzPuaLIC SURETY:¢0MP A,NY th¢!~l,y, am! ail, of th~ ~¢ts of said )\ttepi¢ys-~~~act,:pUts~Uo th~ -~e~ts, are ~tl~Ji ~d.~rflir~. _

~~~iaf:Je~:~ra~F1e=~1\82~~W~1!1rd~a:~;~~~=d ~lffy}::f~1tl:!i:rg;.=:,~~:1:13re\~~~~: adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18, 1982 .

. ~SOLVED $at,tli¢ president~mwvwe-president, er ass{$Uft vice,w-esident, in C9rijmro.tiri1}w~tii tqe sec~ m- ;tfiy:~s~staiit sec~p~~Y ~~~.. _ .. ' . · a~I1WY$.-iri;faet: .. agents with a¢honty a$ detµled or lhnited fu,the in$trument evidenc~g th~ aPPo.i;ltmeqt i\J; each_.Q~, fPr and on b~lf:bf t® CQJDQ~:tfo:. .. ej{ecut~.:-and :9~liv~ ·and affix the $,ectlof the ~mpc¢Y to.l>.<?P.ds. un<J~gs, recognl~a.-ttces, an4,.,SUtefyshipi,p,blig~tioos :¢'all k;,ru:ls; an(J:,sai'd offi~ ~y:renw.~~ any such attorney-in-fact OT agent and revoke any Power of Attorney previously granted to such person. · · · --

~=~w:r~~==·~:~~==~~~~~~~£~~·~ (ii) wli~ signed bY'ti:it(:,ptesideh,;. any Y:i.~1n·esident OT asS-~:t4nt vice,pr~f, s@ctetary~ ~siStant secretary~.and couiil~~ ail4'~ea&d(if,a·seal be required) by a duly authorized attorney-in-fact or agent; or - · - · ·

.(iii) wbe,i dJ#Y.. ~x~cuted and s~~led (ifa: seal. 'I?~ r.~uireci)~y op.~ QT wore attomey%"in-f°&~9T ag~~·pl1fSuaµ1:Jo a!l9 wi,1bin the linti~-.Qf the ~J;JtQority ·.. eiiidenced.by. the· Power ofA:t\Qmey issu¢d by j'h¢ cam~ to ~ch,person oT·petS~. . .· .· . . :: . ' . - -

~SOLyED FuRTHER, that the signature of~ a~thQnzoo '(rfii~ ~d the seal ofthe-·bomp~:V.may ~e a~ed byI~U»ile to any ~w~of Att~Y:'Ot: ., certification theteof authorizing the execution-and ·delivery· of 'any bond, undertaking, tecognizaiic~ or other $tirety.:sbip.:obligations ofthe.,,~fimpany~ '~d·s\mh . signature and seal when so used shall have the same force and effect as though manually affixed.

id'fix!1~~~·:ir= ~~~·J... . .,,;1-1-., preliiiimto·be signed1>§llo~~~· ·~"~"®I 10 be

\:OLD R~UC s\JRET:Y .. coMPANY

&.ia ~·~~N~'~)···· STATE OF WISCONSIN, COUNTY OF WAUKESHA-SS .. "'~~~"/ . · President

Page 12: Agenda Item #3 H-l/ PALM BEACH COUNTY AGENDA ITEM …

OEBO SCHEDULE 1 LIST OF PROPOSEDICONTRACTOR/CONSULTANT AND SUBCONTRAOOR/SUBCONSULTANT PARTICIPATION

SOLICITATION/PROJECT/BID NAME: GCC A~U Replacement SN NAME OF PRIME RESPONDENT/BIDDER: Precision Air Sy:stems, Inc. CONTAcr PERSON: --..!:R~a~chwa~e:.!;,.1 ~Lo~n~g~--------------SOLICITATION OPENING/SUBMITTAL DATE:_3~/...t..7~/2=0;..:l!;.l.;:;...9 _______ _

SOLICITATION/PROJECT/BID No.: _1_8_58_0_A _________ _ ADDRESS:.: 11101 South Crown Way:1 Suite #2. Wellington, FL 33414 PHONE NO.: · 561-791-3980 E-MAIL: [email protected] DEPARTMENT: ___________________ _

PLEASE LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED THE PRIME CONTRACTOR/CONSULTANT· ON THIS PROJECT. PLEASE ALSO LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY ALL SUBCONTRACTORS /SUBCONSULTANTS

Name, Address and Phone Number

2.

3.

4.

5.

(Please use additional sheets if necessary)

Total Bid Price$ 2] 9,040 00

ON THE PROJECT.

I Check all Applicable Categories) Non-SBE M/WBE SBE

Minority/Women Small Black Business Business

D D D

D D D

D D D D D D

D D D Total

Total SBE ~ M/WBE Participation $Q.OO

DOLLAR AMOUNT OR PERCENTAGE OF WORK

Hls.,anlc Womeh Caucasian Other (Please Specify)

Note: 1. The amount listed on this form for a Subcontractor/subconsu~ant must be supported by price or percentage listed on the property executed Schedu'e 2 or attached signed proposal. 2. Finns may be certified by Palm Beach County as an SBE and/or and M/WBE. If firms are certified as both an SBE and/or M/WBE, please Indicate the dollar amount under the appropriate category. 3. Modification of this form is not permitted and wlll be reJectad upon submittal.

REVISED 12/31/2018

Page 13: Agenda Item #3 H-l/ PALM BEACH COUNTY AGENDA ITEM …

OEBO LETTER OF INTENT-SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractor/consultant and a Subcontractor/subconsultant {for an¥ tier)· and should be treated as such. The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2, both parties recognize this Schedule as a binding document. All subcontractors/subconsultants1 including any tiered subcontractors/subconsultants, must properly execute this document. Each properly executed Schedule 2 must be submitted with the bid/proposal.

wua~~~RW~NUM~~-1_8_5~00~ .. A_. __________ ~~~~-·~L~~-~~~---~ SOLICITATION/PROJECT NAME: GCC AHU Replacement SN CT __ fi Name of Prime=------------------------------------~ (Check box(s) that appM

OSBE OWB~ 0MBE OM/WBE 0Non-S/M/WBE Date of Palm Beach County Certification (if applicable): _____ _

The undersigned affirms-they are the following {select one frbm each column): Column 1 Column 2

0Male 0Female 0African-American/Black D\sian American 0Caucasian American OHispanic American 0Native American

S/M/WBE PARTICIPATION - S/M/WBE Primes must document all work to be performed by their own work force on this form. failure to submit a . . . . ' . . properly executed Schedule 2 for any S/M/WBE participation may result in that participation not being counted. Specify in detail, the scope of work to be performed or items supplied with the dollar amount and/or percentage for each work item. S/M/WBE credit will only be given for the areas in which the S/M/WBE is certified. A detailed proposal may be attached to a properly executed Schedule 2.

Line Item Description Unit Price Qty./Unlts Contingencies/ Total Price/Percentage Item Allowances

The undersigned Subcontractor/subconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project at the following total price or percentage:------------------------

If the undersigned intends to subcontract any portion of this work to another Subcontractor/subconsultant, please list the business name and the amount below accompanied by a separate properly executed Schedule 2.

Price or Percentage:-----------Name of 2"d/3"' tier Subcontractor/subconsultant

Print name of Prime Print name of Subcontractor/subconsultant

Authorized Signature Authorized Signature

Print name Print name

Title Title

Date: _________________ _

Revised 12/31/2018

Page 14: Agenda Item #3 H-l/ PALM BEACH COUNTY AGENDA ITEM …

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY, FLORIDA

FACILITIES DEVELOPMENT AND OPERATIONS DEPARTMENT PROCUREMENT & PROJECT IMPLEMENTATION GROUP

PROJECT NAME: GCC AHU SN REPLACEMENT

PROJECT NUMBER: 18580A

ADDENDUM NUMBER: ONE

DATE OF ISSUANCE: December 21, 2018

TO: Prospective Bidders

This addendum forms a part of the contract documents, modifies the original bid documents and shall be as binding as if contained therein.

This Addendum consists of one (1) page.

CHANGE TO QUOTATION FORM:

Change bid due date from "Thursday, December 27, 2018" to read "Thursday, February 7, 2019 at 2:00PM."

IT IS REQUIRED THAT THIS ADDENDUM NO. ONE (1) BE SIGNED IN THE ACKNOWLEDGMENT OF RECEIPT BELOW, AND ATTACHED TO THE BID FORMS AND BECOMES PART OF BID FORMS AND CONTRACT DOCUMENTS.

ACKNOWLEDGMENT OF RECEIPT: i<J ll ~ END OF ADDENDUM

ADD1-1

Page 15: Agenda Item #3 H-l/ PALM BEACH COUNTY AGENDA ITEM …

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY, FLORIDA

FACILITIES DEVELOPMENT AND OPERATIONS DEPARTMENT PROCUREMENT & PROJECT IMPLEMENTATION GROUP

PROJECT NAME: GCC AHU SN REPLACEMENT

PROJECT NUMBER: 18580A

ADDENDUM NUMBER: TWO

DATE OF ISSUANCE: JANUARY 15, 2019

TO: Prospective Bidders

This addendum forms a part of the contract documents, modifies the original bid documents and shall be as binding as if contained therein.

This Addendum consists of one (1) page and an attachment of twenty-three (23) pages.

CHANGE TO INVITATION TO QUOTE/BID PACKAGE:

1. Delete the entire Invitation to Quote/Bid package and replace with· the attached twenty-three (23) pages. Please note that this contains a date change.

CHANGE TO ADDENDUM ONE:

1. Delete in its entirety~

IT IS REQUIRED THAT THIS ADDENDUM NO. TWO {2), AND ANY PREVIOUSLY ISSUED ADDENDUM(S), BE SIGNED IN THE ACKNOWLEDGMENT OF RECEIPT BELOW, AND ATTACHED TO THE BID FORMS AND BECOMES PART OF BID FORMS AND CONTRACT DOCUMENTS.

ACKNOWLEDGMENT OF RECEIPT: f u li ~.j ~ END OF ADDENDUM

ADD2-1

Page 16: Agenda Item #3 H-l/ PALM BEACH COUNTY AGENDA ITEM …

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY, FLORIDA

FACILITIES DEVELOPMENT AND OPERATIONS DEPARTMENT PROCUREMENT & PROJECT IMPLEMENTATION GROUP

PROJECT NAME: GCC, AHU REPLACEMENT SN

PROJECT NUMBER: 18580A

ADDENDUM NUMBER: THREE

DATE OF ISSUANCE: February 20, 2019

TO: Prospective Bidders

This addendum forms a part of the contract documents, modifies the original bid documents and shall be as binding as if contained therein.

This Addendum consists of one (1) page.

CHANGE TO QUOTATION FORM:

1. Change bid due date from "February 21, 2019 at 2:00 PM" to read "February 28, 2019 at 2:00 PM".

IT IS REQUIRED THAT THIS ADDENDUM NO. THREE (3), AND ANY PREVIOUSLY ISSUED ADDENDUM(S), BE SIGNED IN ,THE ACKNOWLEDGMENT OF RECEIPT BELOW, AND ATTACHED TO THE BID FORMS AND BECOMES PART OF BID FORMS AND CONTRACT DOCUMENTS.

ACKNOWLEDGMENT OF RECEIPT: ~ lA £ L ~ END OF ADDENDUM

ADD3-1

Page 17: Agenda Item #3 H-l/ PALM BEACH COUNTY AGENDA ITEM …

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY, FLORIDA

FACILITIES DEVELOPMENT AND OPERATIONS DEPARTMENT PROCUREMENT & PROJECT IMPLEMENTATION GROUP

PROJECT NAME: GCC AHU SN Replacement

PROJECT NUMBER · 18580A

ADDENDUM NUMBER: Four

DATE OF ISSUANCE: February 27, 2019

TO: Prospective Bidders

This addendum forms a part of the contract documents, modifies the original bid documents and shall be as binding as if contained therein.

This Addendum consists of two (2) pages.

CHANGE TO ADDENDUM THREE:

' 1. Change bid due date from UFebruary 28, 2019 at 2:00 pm" to read "March 7, 2019 at 2:00 pm".

CHANGE TO BID QUOTATION FORM:

2. Delete Item 2 in its entirety and replace with "2. SCHEDULE OF TIME FOR COMPLETION. The time of completion for this Project will be as follows: The Contractor shall substantially complete the work within one hundred twenty (120) calendar days from permit issuance."

CHANGE TO ATTACHMENT D - PROJECT REQUIREMENTS:

1. GENERAL:

Delete Item "eJJ and replace with the following "Work to be completed within one hundred twenty (120) calendar days from permit issuance. Permit application, if required, is to be submitted by Contractor within five (5) days of Notice to Proceed and due diligence exercised to address all Building Department comments.

2. SCOPE OF WORK:

Add the following:

d. All iso-valves will replaced by freezing the pipe. Draining the system will not be permitted.

ADD4-1

Page 18: Agenda Item #3 H-l/ PALM BEACH COUNTY AGENDA ITEM …

> I

e. Existing pipe is bJack iron and can be replaced with cooper Propress connections, or approved equal.

f. A test and balance is required after duct cleaning. g. Staging area for materials will be coordinated and approved with Project

Manager after award of project. h. Contractor is responsible for coordinating with the required City and/or

municipalities any right-of-way permits needed to carry out the work. i. All equipment and tools shall be scanned and searched by County security

when entering· the facility and will remain on site until the day of installation. j. Relocation/adjustment of any fire sprinkler heads will be the responsibility of

the contractor. ·

IT IS REQUIRED THAT THIS ADDENDUM NO. FOUR (4), AND ANY PREVIOUSLY ISSUED ADDENDUM(S), BE SIGNED IN THE ACKNOWLEDGMENT OF RECEIPT BELOW, AND ATTACHED TO THE BID FORMS AND BECOMES PART OF BID FORMS AND CONTRACT DOCUMENTS.

ACKNOWLEDGMENT OF RECEIPT: 'f hl \ ~ END OF ADDENDUM

ADD4-2

Page 19: Agenda Item #3 H-l/ PALM BEACH COUNTY AGENDA ITEM …

Date: January 15, 2019

ATTACHMENT "D" PROJECT REQUIREMENTS

Annual Contract - HVAC

Contact: Altwon Webster, Capital Improvements Division Phone: (561) 233-0292 Project Title: GCC AHU 5N Replacement Project #: 18580A Project Location: 301 N. Olive Avenue,' West Palm Beach, FL 33401

1. GENERAL

a. The work covered by this Request for Quote consists of, but is not limited to, the furnishing of all labor, equipment, devices, tools, materials, transportation, professional services, supervision, drawings, permitting and all miscellaneous requirements to perform all operations necessary to accomplish the work set forth below and shall be considered part of the Scope of Work.

b. Please reference the Annual Contract - HVAC for additional requirements.

c. Equipment replacement will be completed during the hours of Friday at 5:00 pm to Sunday at 11 :OOpm. All miscellaneous work to be completed during the hours of 8:00 am to 5:00 pm Monday through Friday. System must be operational by 7:00am Monday morning.

d. Contractor shall contact the Project Manager, within seventy-two (72) hours of Notice to Proceed to establish scheduling etc. required for project implementation.

e. Work to be completed within ninety (90) days of permit issuance. Permit application, if required, is to be submitted by Contractor within five (5) days of Notice to Proceed and due diligence exercised to address all Building Department comments.

f. The Contractor will provide a Certificate of Occupancy or Certificate of Completion, as appropriate, obtained from the proper Building official, prior to processing of final payment.

g. Contractor is responsible for obtaining all measurements during the site inspection.

h. Liquidated damages will accrue in the amount of $80 per day.

2. SCOPE OF WORK

Remove the existing air handler unit 5N. Any wall demo and replacement, if necessary, will be included in the bid price. Replace with Trane, or PBC approved equal, using the specifications described in Exhibit "1 ".

GCC AHU SN Replacement Project No. 18580A

Proj. Req. Page 1of4

Page 20: Agenda Item #3 H-l/ PALM BEACH COUNTY AGENDA ITEM …

a. AHU SN (Exhibit "1 "): The new specified unit is approximately 5'' wider than the existing unit. The length and height 'are very similar to existing. AH available existing dimensions are to be verified by contractor. A two (2) fan array was selected for this unit. Disassemble the unit before bringing into the building. The existing VFD will be replaced with a new, like kind, 20hp drive based on the two 7.5hp motor configuration.

b. Duct cleaning shall be included for this systems. Duct cleaning first 1 O' of supply duct' or to turning vanes inside first 1 O'.

c. Replace all actuators, valves and temperature gauges with new.

DOC Controls: • Demo existing pneumatics to control valve and AHU damper actuator. • New Control Panel with new Siemens PXCM and expander modules.

Remove existing panel and replace with new enctosure and back plane. Reuse existing 120volt circuit.

• Replace supply and return, Air Duct Temperatures. • Replace Return air Humidity Sensor (new). • Replace Return air C02 sensor (new) • Replace 1-Filter DP sensor • Reuse Supply Air Static Pressure Sensor • New Chilled Water Control Valve • Water detection device (reuse existing) • Replace OA air damper actuators with 24vac electric type • Replace CHW Return temperature sensor • Verify all operations of AHU and AHU smoke sequence • Reuse existing pneumatic control panel. Verify all device are operational. • New Conduit and wire for new unit devices. Reuse existing conduit and wire where

able. • Update system graphics with all changes.

3. PRODUCT INFORMATION

Design basis for all equipment specified in this contract is manufactured by Trane; substitutions require owners' prior written approval. Provide, to the Project Manager, all equipment and material cut sheets and manufacturer's project data for all

. equipment and components for acceptance by the County prior to ordering.

4. SUBMITTALS

All submittals shall be sent to the Project Manager for approval. This includes, but is not limited·to, products to be used, methods of installation and requests for information and/or clarification. All submittals must be made by the Contractor and must include all details necessary for the Project Manager and Palm Beach County to make any necessary determinations. A transmittal form must be included which clearly requests data or information and deviations from the contract requirements for which approval is being requested. Failure to provide sufficient information will result in the rejection of the submittal. Where the specifications do not specify a brand name product or

GCC AHU SN Replacement Project No. 18580A

Proj. Req. Page 2of4

Page 21: Agenda Item #3 H-l/ PALM BEACH COUNTY AGENDA ITEM …

where a substitution of a product is not specifically prohibited, the Contractor shall submit their selected products for approval by the Project Manager. Such submittals shall include as much detail, and in a format, as required by the Project Manager, so as to allow the Project Manager to evaluate the proposed substitution.

5. EXISTING EQUIPMENT

a. Provide, on company letterhead, the make, model and serial number of each piece of equipment to be disposed of, stating said equipment has been disposed of in the proper manner. Pictures of the equipment, before, during and at time of disposal, shall be included with the letter along with a record of any PBC asset numbers.

b. The FMD representative shall use the contractor provided information to complete the PBC asset disposal forms.

6. MATERIALS

a. All material shall meet or exceed Florida Building Code and product submittals shall be reviewed and approved by the Owner's Representative prior to ordering.

b. Materials shall be delivered in their original, unopened packages, and protected from exposure to the elements. Damaged or deteriorated materials shall not be used.

7. TEMPORARY PROTECTION

The Contractor shall protect all workers, staff and the general public from injury. The Contractor shall coordinate and schedule all work with the Project Manager.

8. PROJECT CONDITIONS

Contractor is to coordinate all space and security requirements with the Project ·Manager. A construction schedule shall be submitted for review and approval prior to pre-construction meeting, including a start date, substantial completion date, and work plan defining which openings will be scheduled on what day. The Contractor shall conduct all work so as to cause the least interference possible with the normal activities of the operations of the facility and surrounding areas. Any damage caused by Contractor (including landscaping and irrigation) shall be the responsibility of the Contractor to repair and return to its original state.

9. PREPARATION

It shall be the responsibility of the Contractor to prep the site at the construction locations.

GCC AHU 5N Replacement Project No. 18580A

Proj. Req. Page 3 of 4

Page 22: Agenda Item #3 H-l/ PALM BEACH COUNTY AGENDA ITEM …

10.EXAMINATION

Report to the Project Manager, in writing, any imperfections, unacceptable conditions and/or corrections required to be made before commencing work. If approved, this shall result in a change order.

11.INSTALLATION

All materials shall be installed in strict accordance with Manufacturer's written instructions and recommendations. All work shall be done in conformance with applicable Federal, State and Local codes, and established standards.

12. WARRANTY

Contractor warrants all equipment, materials and labor furnished or performed against defects in design, materials and workmanship for a period of twelve (12) months from substantial completion.

13.CLEAN UP

Remove all waste materials, tools and equipment from job site daily. Thoroughly clean the entire job area prior to requesting final inspection.

14 .. SECURITY

All bidders must have "Critical Facilities" badged employees prior to submitting bids.

This project is subject to:

GCC AHU SN Replacement Project No. 18580A

[X] Critical Facilities Background Check [ ] CJI Facilities Background Check [ ] No Background Check

Proj. Req. Page 4of4

Page 23: Agenda Item #3 H-l/ PALM BEACH COUNTY AGENDA ITEM …

April 16, 2019

Mr. Anthony Longo Procurement & Project Implementation Group Capitar Improvements Division 2633 Vista Parkway West Palm Beach, Fl 33411

Re: Precision Air Systems, tnc. GCC AHU SN Replacement Project No. 18580A

Dear Mr. Longo:

As agent for the surety, we have executed three (3) copies of Public Construction Bond in connection with the above project for our client, Precision Air Systems, Inc. of Wellington, Florida.

Since the contract was not dated, we left all dates blank on the bonds and Power of Attorneys. We hereby authorize you to fill in the contract effective date on each bond and Power of Attorney as soon as it is determined. Please also notify us of that date so we can mark our records. We also authorize you to date the Form of Guarantee with the applicable date.

Please do not hesitate to contact us if you have any questions or comments regarding this bond.

Sincerely,

~t~m Bond Account Executive

/lwd

Property & Casualty • Employee Benefits • Personal Risk + Retirement Consulting The USf ONE Advantage-01·

Page 24: Agenda Item #3 H-l/ PALM BEACH COUNTY AGENDA ITEM …

BOND.NUMBER

BOND AMOUNT

PUBLIC CONSTRUCTION BOND

OCN5142985 .

$219 040.00

CONTRACT AMOUNT

CONTRACTOR'S NAME:

$219 040.00

Precision Air Systems, Inc.

CONTRACTOR'S ADDRESS: 1 llOi S. Crown Way; Suite 2, Wellington, FL 33414

CONTRACTOR'-S PHONE: ~56:;...=:lc......,:-7...;;;_9-=-1-...;;;_3"'--98o.....:;O_--'---;-----------------

SURETY COMP ANY: ~O __ ld __ R_ep_...·· _ub __ l~ic_S_ur_· _ety..,.,_·-:-':C __ o_m_,..p_an_y...__ ____________ _

SURETY'S ADDRESS: P~·~O~·~B~o~x~1~6~35"---o-----'--------------.,..--

Milwaukee, WI 53201-1635

SURETY'S PHONE: 262-797-2640

OWNER'S NAME: PALM BEACH. COUNTY.BOARD OF COUNTY COMMISSIONERS CAPITAL IMPROVEMENTS DIVISION

OWNER'S ADDRESS: 2633 Vista Park\Vay · West Palm Beach, FL 33411-5604

OWNER'·S PHONE: (561) 233-0261

PROJECTNAME: GCCAHU_5NReplacement

CONTRACT NUMBER (to be provided after Contract award): _________ _

DESCRIPTION OF WORK: WorldJ~der 19-013 -Removing existing air handler unit SN.

PROJECT ADDRESS, PCN, or LEGAL DESCRIPTION: 301 N. Olive Avenue, West Palm Beach, FL 3i401 . .

This.Bond is issued in favor of the County conditioned on the full and faithful performance of the ·Contract.

Page 1 of3 Form Rev. 01 /17 /19 Public Construction Bond

Page 25: Agenda Item #3 H-l/ PALM BEACH COUNTY AGENDA ITEM …

KNOW ALL MEN BY THESE PRESENTS: that Contractor and Surety, are held and firmly bound unto Palm Beach County Board of County Commissioners 301 N. Olive Avenue West:PaJmBeach, Florida 33401

as Ob1igee, herein called County, for the use and benefitof claimant as herembelow defined,·:in. the amount of

Dollars($ 219,040.00)

(Here insert a sum equal to the Contract Price)

for the payment whereof Principal· and Surety bind themselves, their heirs, personal representatives, executors~ adi:ninistratots, successors and assigns, jointly and severally, firmly by these presents.

WHEREAS,

Principal has by written agreement entered into a contract with the County for

Project Name: GCC AHU 5N Replacement Project No.: l8580A Project Description: Remove the ~xisting air handler unit 5N Project Locati.on: 301 N. Olive Avenue, West Palm Beach, FL 33401

in accordan~e with Drawings and Specifications prepared by

NAME OF ARCIDTECTURAL FIRM: LOCATION OFFIRM: PHONE:

which contract is_ by reference made a part hereof in its entirety, and is hereinafter referred to a:s the Contract.

THE CONDITION OF.THIS BOND is that if Principal: - . - . .

. . . 1. Performs the ·contract between Principal and County for the construction of. GCG AHU .SN · Replacement - Work Order 19-013, the contract being made a part of this bond by r_eference, at the- times -~n_4 ~_lli¢ _!!l~@~rJ>r~scribed in the contract; ~d

2; Prnmptlymakes paytnents to all claimants,-as defined in S_ection255.05, Florida Statutes, supplying· Principal with·fahor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided fq:t in the contrad; and -

3. - Pays County alllosses, damages .(including liquidated damages), expenses; costs, and attorneys' fees, including appellate proceedings, that County sustains because of a default by Principal under the contract; and ' ' ' '

4. Perfofn).s the guarantee ofall work and mat~rials furnished under the contract for the time specified in th~ contract, then this bond is void; otherwise it remains in full force.

5. , · Any changes ih ot under the contract documents and coitrpliance or non.compliance with any formalities connected wi~ the contract or the changes does not affect Surety's obligation under this bond.

Page 2 of3 FonnRev, 01/17/19 Publjc Construction Bond,

Page 26: Agenda Item #3 H-l/ PALM BEACH COUNTY AGENDA ITEM …

Any incre4se in the total contract amount as authorized by the County shall accordingly .increase the Surety's obligation by the same dollar amount of said increase. Contractor shall be responsible for notification to Surety of all such changes. ·

6. The amount of this bond shall be. reduced by and to the extent of any payment o:r; payments made in.good faith hereund~r, inclusive of the payment by Surety of construction li,ens which may be filed of re¢ord a,.gaiust said improvement, wh~ther ot not claim.for the amount of such lien be presented under and against the bond. . · ·

7. Principal and Surety expressly acknowledge that any and all provisions relating to consequential, delay and liquidated damages ·contained in the contract are expressly covered by and made a part of this Performance, Labor and Material Payment Bond; Principal and ·Surety acknowledge· that. any such provisiOns lie within their obligations and within the policy coverages and limitations ofthis in,strument.

Sectio'Q.2S5. 05, Florida Statutes, as .amended, together with all notice.and time provisions contained therein, is incorporated herein, by reference, in its entirety. Any a.ction instituted by a claimant under this bond for paym:ent must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. 'This instrument regardless of its form, shall,be construed and deemed a statutory bond issued.in apcordance with Section 255.05, Florida Statutes. . , \it t.f t •et ff~:: l-1,,

· .~, i//.n."'i;(,.-Any action brought under this instrument shall be brought in the court of competent jurisdiction in P.alill· ·, · <· ,,.,.,-:~ f _. ,...,, r J1 ~' Beach County and not elsewhere.

·j ;~"· -~. ~-~ \·· _,,. -~:;

0 ~-c {n~~r~ ~ ····~.·~ Wifues~ ·.

/ . b~' ~ .· .... ·&-v0-Witness·.. ~ ...

IMPORTANT: Surety c01npanies executing bonds must appear and re~ain on the U.S, Treasury · Department' smost current list (Federal Register) during. construction; gtiarantee and warranty periods,.and be authorizedto transact business in the State of Florida.

F ()mi Rev. 01 /1 7 /19 Public Construction Bond

Precision Air Systems, Inc. -;-;~~, .. -~;~·; :.?;:., .'~~<>-~~~ 0 ·,,; .. }~;· P~rin~ p~- , <-<<~~:etll]·:~'._,\_.\'.3~s·-

- --::::::-- -........_ .,,;;.~~?-:.'•"'~''

" .?Title Vice, f'IT~\~mt Is~ ktmilil<

~ -( ·:11-- 1' .. ~; ~ ~ • 'l - ;-~· - ~I

Page 3 of3

Page 27: Agenda Item #3 H-l/ PALM BEACH COUNTY AGENDA ITEM …

.PO\IVEROF'ATTORNEY . .- ·, ·. . ·. : . '· ·. . : : - . .··_ ·.

KNOW ALt.MEN BY THEsE P.l.$~~NTS.: :fhat OLD ~UBLIC·~URETY.COMP ANY, a WiSconsin stock hl.$.'urance co:rpPI<ittioti, (fuestt,t!lk¢.i qbnstitute and appoint:

C. CR!S$ WlWJAMS, JR., LAURA W. OJ;NNISQN, OF CO/ •. JJMBIA,.SC

its fut.e ~d-.)~Wfrtl Aft(>raey(s )-in-Fact, with full i}oW~ cwd aufu¢1.% uot~~eeding $50,000,i-OOO, for ;wd 6~-be~.pf th¢ ~qzµpap.y as surety~_tc*~xecut~ ~tl~¢tivet and affix the sea} offue company thereto {if a Seal is requir~d)~ bonds, undertakings, reCOgnlZ<ltlCeS or oilier writteii obligations in the nature thereof, ( Otbet tfum ball bonds, bank Qepo~itory boµ~; mqrtg~ge def.iY.i~cybonffi?, m,ortgage mianmty t:?.onds, ~tees of~tallment pap¢r a-Q_d note ~ty bonds_, s~lf-insurance workers· compensat,i~b~,~teeing p~ymen,t ofben~ts, asbestr>s ~lii:i.tetu.ent~(lntrapt bond~ W:itste management h6frd$, ~~de>.µS'·wast¢ tem~a~@'bo~Q8 or blaokJ~ l?.Pnds), as Mlo-ws; · · · · · ·, · · · · · · · 'ArLW~ INSTRuME~S IN AN AMOuNr NOTTO EXCEEb

. · · · FNE MILLtoN noiLAiiS($5,ooo,ooo)-----~~----::------~------ FOR ANY siNGLE OBLIGA TibN~ - . . - .

. . - . · .... ~\t.:.~:r:r~~~~=~~i:r.:~l=dt":'*"~~~ut:;~":::~~~ :aj:A ~pecial.mee~1fh¢l~ tin Febniary 18.~ l982. .T,lij$. PQ.Wer 9.f A.ttorp,eyis Signed and ,seaJ,e.cfoy facsiIJ:tile µtider·atl\.d b:y tb.~ i;l,l;l;thority of the ~pJ1pwing resq.tqti«is adopted by the board ofdirectors of the OLD Ra>UBLIC SurtETY COMP ANY on Febnuily, 18, 1982. ·· · · ·

i$sbi/VEP ttutt~ th~ presidel1t~ an,y.Viue-pte~d~i\t, pt assi$t~t vice pt~sident, itt-~onjutictio~ w;ttn tbe $ectetID -pr~)! as$:istant se~t~~; aj~y-apPofltt:·>. . atfom.e~-~,.f'actot a;gep.ts witha;:uthodty a,~ d~jfued qr 1i1lJ-lteddn thein$urile.Ilt evidetlcfug t11e appoi.ntplen.t i!}. e~pl(ca$~. for and on b~ftalfpftl,l:e e9mpanyto. execut~ µnd geiiy~·-and affix the==s~~ of thepctlhJ:>"~Y to b~pcls~ Ul1d~~kings, recogrW;®ces; Wl.4 sut~tysbip cfblig~tfons of all kinds; artg s~d offi.i;iers n1~yiemove ' any such attomey~in-fact or agent and revoke any Power bf Attorney previously granted fo such person~ · · ·· · · · · ·

RESf)LVij}!ifUR.1aj$Jl;.tpat.~y bQ.pB,1 'flhd~aking, r~ifo~e, or stri'ety,ship:h'blig~tlo~ Shajl be valid~d, bi#dip.g 1JP-6n:.fP:~.Co~~}'< · ·•, · · ·. (i) ~e~,~@,edbythe.presicl~t~ 3*Y Vice..pt_~sident or ~s~-vi~ ptesi(.),eti~. $d.att~s~ a,pd sealed (if=~ s~a;J, b¢.requ~t.edJpy~~;! s~br~taey Qt a~$istant (ii) s~~~7~%·by'.tn~ pt~sictkt. any ~~:~·pt~sident or ~~~t$1t Vi~e ~e~i~¢tit, si!Qtetaty_dt assfStant secreraey, ~<i coUn.t~igJte~ ~c(:~e~elf ttl.'.~· seal be ' requited) by a dill};' authorized attOiney-iJi.-fact or agent; or .· . . . ' . .. . . . •. . . . .. ,·.·.: .

(iii) w).i~dµly executed and s~~led (j(a sealB,~!~quired)by o~e:orlllore attome~s-in-fac;t.or agep~_ pursWQ.ltfo an,d withintbeliinits ()ftheauthority . evi~nc:ecp:~y the Power o:fAtton.):ey:is~ue~J>.y t&e c()biP.W:W tq $:ticQ.:person orpep;o~s. · . · . . .·. ·· ·' . > . . .

RESQLVBP ~THER, that tb~ sigtiatute. df ~y authprized:o~q.ef <u.ta the ~eal o~th~ com~y ~y \fo af:Q~edby ~csiibile to any ~WeJ(of Attow.eyot. . tertinQi;ttiontb~~f authorizing th,e executi~---an!id~liv~ ofa,ti.y bond, underta)clng~ ;re.cogniz<4:lce; or nthet surety$hiP.. obligations of tQe ¢.ompany~ and=$Uch, signature and seat when sq used shall have the sam.e force arid effect as though manually afflXed. . . . . . . .

87-7119· Signed:an(l seaie.d at the City of Bro-okfi~kl,· Wl this ckiy qf · ·-: :. , , . ... .. ... ~]~q&

Page 28: Agenda Item #3 H-l/ PALM BEACH COUNTY AGENDA ITEM …

FORM OF GUARANTEE

GUARANTEE FOR Contractor Name: Precision Air Systems, Inc. and Surety Name: Old Republic Surety Company

.~~-~-SN Rep~~~!1_1~~~oject ~~:- ~~-5_5_<!_~ J We the undersigned hereby guarantee that the (PROJECT NAME AND NUMBER) Palm Beach County, Florida, which we have constructed and bonded, has been done in accordance with the plans and specifications; that the work constructed will fulfill the requirements of the guaranties included in the Contract Documents. We agree to repair or replace any or all of our work, together with any work of others which may be damaged in so doing, that may prove to be defective in the workmanship or materials within a period of one year from the date of Substantial Completion of all of the above named work by the County of Palm Beach, State of Florida, without any expense whatsoever to said County of Palm Beach, ordinary wear and tear and unusual abuse or neglect excepted by the County. When correction work is started, it shall be·carried through to completion.

In the event of our failure to acknowledge notice, and commence corrections of defective work within five (5) working days after being notified in writing by the Board of County Commissioners, Palm Beach County, Florida, we, collectively or separately, do hereby authorize Palm Beach County to proceed to have said defects repaired and made good at our expense and we will honor and pay the costs and charges therefore upon demand.

DATED~~~~~~~~~~~~~ (Date to be filled in at substantial completion)

SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY

Form Rev. 01116/19

Precision Air Systems, Inc. (Contractor Name)

~Y \;otvi\i\;, vrc~ ~rc~\dcY\t (Print Name and Title)

Old Republic Smety Company (Surety Name)

By:-1--ifl-...l~~~...Jl...I.~..;...;...~,;:;;.:..;~~~.,...;;.;. (Surety Signafu~~t \ ~-\,·· : ._· ... : < ,.;;>.~-~i ' -. .

1 :; /'. ./ :~-.: > . ,, -- ~ . ' " t~ i ~ ~ 1 r

Laura W. Dennison, Attorney-in-Fad 11

,,, •

(Print Name and Title), ·\ 1

Page 1of1